SOLICITATION NOTICE
Y -- RECOVERY - Osborn Road Reconstruction
- Notice Date
- 3/11/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
- ZIP Code
- 37214
- Solicitation Number
- RA001510023
- Response Due
- 3/24/2010
- Archive Date
- 3/11/2011
- Point of Contact
- Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY - Osborn Road Reconstruction TAS No.: 14-2302Project No.: S5053208 This notice is released to announce the Department of the Interior-Bureau of Indian Affairs (BIA) intent to award a fixed price contract to reconstruct Osborn Road, utilizing American Recovery and Reinvestment Act (ARRA) funds. Any issuance of a solicitation and/or award as a result of this presolicitation announcement will be contingent upon the contractor's willingness to report all necessary project information to www.federalreporting.gov on a quarterly basis and to the BIA on a monthly basis. Work under this project consists of furnishing all labor, equipment, transportation, material, services, and incidentals necessary to reconstruct an existing 10 FT wide, 0.13 Mile long, dead end earth road and replace it with a paved road of the same length consisting of two 10 FT lanes, 2 FT shoulders and a 6 FT ditch, with a cul-de-sac at the end. The existing road is located on Osborne Road (BIA Route #1100) on the Catawba Indian Reservation in Rock Hill, South Carolina. Design and Engineering have been completed. Permits, archeological and NEPA clearances have been acquired. The Right-of-Way is being finalized. This project consists of, but is not limited to: mobilization, construction, surveying and staking, material testing, traffic maintenance and control, clearing and grubbing, earthwork, electric, gas, sewer, water, and communication utilities, grade & drain, aggregate roadway, temporary and permanent erosion control, paving, stripping and signage. The Bureau of Indian Affairs, Eastern Region Regional Office, anticipates awarding a firm fixed-price construction contract for these services, and the procurement method will be in accordance with FAR Part 14, Sealed Bidding and FAR Part 36. This solicitation is 100% set aside for small businesses. The estimated dollar value of this procurement is between $100,000 and $500,000. The applicable Davis Bacon Wage Determination for this project is SC08001 dtd 10/30/2009, York County. The Period of Performance is 90 calendar days after receipt of notice to proceed and work must commence no later than 1 June 2010. This project is classified under NAICS Code 237310 and has a size standard of $33.5 Million. This solicitation is funded by American Recovery and Reinvestment Act of 2009 (ARRA), Public Law 111-5, and funds shall comply with ARRA statutes and all applicable laws, regulations, provisions, policies, procedures, and clauses, including but not limited to meeting the requirements of Sec. 1512 of the ARRA and other accountability and transparency conditions. The anticipated release date of Invitation for Bid No. RA001510023 is 26 March 2010 or shortly thereafter. Technical questions must be submitted ten (10) calendar days before the bid opening date. E-mail all questions to Susan Sutton at Susan.Sutton@bia.gov. Telephone requests will NOT be accepted. This is the only announcement for the upcoming solicitation. NO ELECTRONIC COPY OF THE SOLICITATION DOCUMENT WILL BE PROVIDED ON FEDBIZOPPS. Interested firms are requested to submit a written request for the IFB package to Susan Sutton, Fax No. 615-564-6701; or e-mail request to Susan.Susan@bia.gov no later than 24 March 2010. Provide contact name, mailing address, phone number, fax number and e-mail address when submitting request for IFB package. Telephone requests to obtain the IFB package will NOT be accepted. Bid Bond of 20% will be required with your bid package. 100% Performance and Payment Bonds, and Certificate of Insurance are required upon award. Pre Bid Conference and Site Visit shall be mandatory. Bidders are required to attend the Pre Bid conference and inspect the site where the work will be performed. Contractors who fail to attend either the mandatory Pre Bid Conference or Site Visit may not receive any further consideration for award. Location for pre-bid conference and Site visit will be provided in the IFB solicitation package. Submit bid packages to the following address: BIA, Eastern Regional Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriott Dr., STE 700, Nashville TN 37214. Faxed IFBs will not be accepted. Bid opening will be held at BIA, Conference Room #1, BIA, Eastern Region Office, 545 Marriott Dr, STE 700, Nashville TN 37214 at a date to be determined. Any further questions regarding this IFB may be directed to Susan Sutton at 615-564-6752. Contract award will be made to the lowest responsive and responsible bidder. Contractors must be registered in the Central Contractor Registration (CCR) and Federalreporting.gov in order to receive awards from the Federal Government. To register or to learn more about these sites, go to www.ccr.gov and www.federalreporting.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510023/listing.html)
- Place of Performance
- Address: Catawba Indian ReservationRock Hill, SC
- Zip Code: 29704
- Zip Code: 29704
- Record
- SN02089585-W 20100313/100311234957-fad634962cdcdd08a4df595d36185700 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |